Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

F -- TIMBER MARKING

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
113110 — Timber Tract Operations
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-07-T-0070
 
Response Due
9/20/2007
 
Archive Date
11/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number W9127Q-07-T-0070 is issued as a Request for Quotation. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-09. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS for determination of size status is 113110; Small Business Standard is $6,500,000. CLIN 0001: TIMBER MARKING; 587 acres. Location of work: Camp McCain in Grenada, Mississippi. Scope of Work as follows: In accordance with MSARNG Integrated Natural Resources Management Plan, 8 tracts will need to be marked (painted) for FY08 Timber Harvests. The areas with mainly pine will be marked leaving 5 to 6 pine trees per acre. Shortleaf pine will be the species favored in these areas. In the Pine-Hardwood mixed areas, only the mature pines and mature hardwoods will be marked for removal. If some mature trees must be left, Oak will be the favored species to leave. The contractor chosen will work with the MSARNG Forester on each tract to reach the desired stocking for each stand. The MSARNG will determine in what order each stand will be marked in order t o facilitate the optimal harvesting timeline. Deliverables: The contractor will mark each tree to be harvested with 2 spots of Yellow tree marking paint; these spots will be one at stump level and one at DBH. Contractor is to tally trees marked by species and product in T Cruise Inventory Software, with volumes listed in both tons and doyle board feet. The Contractor will produce GIS Maps in accordance with NGB standards with a sub-meter accuracy. These deliver ables will be put into a written plan and delivered both electronically and with hardcopies. These tasks will be completed within 60 days of date of contract award. The Contractor chosen must be a Registered Forester with the Mississippi Board of Registrat ion for Foresters. Prices quoted must include all applicable fees. The following provisions apply: FAR 52.204-8, Annual Representations and Certifications; 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation  Commercial Items. Evaluation criter ia will be based on price. Contractor will be required, upon request from the Government, to provide references to demonstrate capability to perform the requested services. 52.232-13--Notice of Progress Payments. Payments shall be made in quarterly install ments when proof of work completed is provided. 52.232-14--Notice of Availability of Progress Payments Exclusively for Small Business Concerns; 52.233-2--Service of Protest; 52.237-1--Site Visit; 52.252-1--Solicitation Provisions Incorporated by Reference; 52.252-3--Alterations in Solicitation. The following FAR clauses apply: FAR 52.202-1--Definitions; 52.203-5--Covenant Against Contingent Fees; 52.203-6--Restrictions on Subcontractor Sales to the Government; 52.203-7--Anti-Kickback Procedures; 52.204-7-- Central Contractor Registration; 52.204-9--Personal Identity Verification of Contractor Personnel; 52.209-6--Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4--Contract Terms and Conditions-Commercial Items; FAR 52.212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.219-6--Notice of Total Small Business Set-Aside; 52.222-1--Notice to the Government of Labor Disputes; 52.2 22-2--Payment for Overtime Premiums; 52.222-3--Convict Labor; 52.222-21--Prohibition of Segregated Facilities--52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities ; 52.222-41--Service Contract Act of 1965, As Amended; 52.222-42--Statement of Equivalent Rates for Federal Hires. Information on current wage rates at time of solicitation can be found at http://www.wdol.gov/sca.aspx#0. 52.222-44--Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-50--Combating Trafficking in Persons; 52.223-5--Pollution Prevention and Right-to-Know Information; 52.223-6--Drug-Free Workplace; 52.223-14--Toxic Chemical Release Reporting; 52.225-13--Restrictions on Ce rtain Foreign Purchases; 52.228-5--Insurance-Work on a Government Installation; 52.229-3--Federal, State, and Local Taxes; 52.232-1--Payments; 52.232-8--Discounts for Prompt Payment; 52.232-11--Extras; 52.232-13--Notice of Progress Payments; 52.232-14--Not ice of Availability of Progress Payments Exclusively for Small Business Concerns; 52.232-17--Interest; 52.232-33--Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1--Disputes; 52.233-2--Service of Protest; 52.233-3--Protest Afte r Award; 52.233-4--Applicable Law for Breach of Contract Claim; 52.237-2--Protection of Government Buildings, Equipment, and Vegetation; 52.242-13--Bankruptcy; 52.243-1 (including Alternate I)--Changes-Fixed Price; 52.246-25--Limitation of Liability-Servic es; 52.249-2--Termination for Convenience of the Government (Fixed-Price); 52.249-8--Default (Fixed-Price Supply and Service); 52.252-2--Clauses Incorporated by Reference; 52.252-4--Alterations in Contract. Offers must include a completed copy of FAR 52.212-3--Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with its offer. Applicable DFARS clauses: 252.204-7004, R equired Central Contractor Registration; 252.212-7001--Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; 252.225-7002--Qualifying Country Sources as Subcontractors; 2 52.225-7031, Secondary Arab Boycott of Israel. Full text of these provisions and clauses may be accessed on-line at http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price service contract. If you need to s et up a site visit before proposals are due, contact Mr. Brian Neely at 601-313-6128 to set up a date and time. Proposals are due no later than 2:00 P.M. CDT, September 20, 2007, to: JFH-MS-J8-PC, Attn: 1LT Amanda Villeret, 144 Military Drive, Flowood, MS 39232-8861. Proposals may be emailed to amanda.villeret@us.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to Mr. Brian Neely at 601-313-6128. The Contracting Offices web site is located at http://www.ngms.state.ms.us/ uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39232-8861
Country: US
 
Record
SN01405965-W 20070915/070913222400 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.